This project involves site preparation and restoration, shelter replacement, and equipment relocation at selected locations across the Commonwealth. At most sites, existing fiberglass shelters will be replaced with new concrete pre-cast Fibrebond shelters and all equipment moved from the old to the new shelter. Refer to the construction drawings for site-specific upgrades and modifications including site expansion, new generators, new propane tanks, and relocation of existing site components.
RFB-206-26 KEWS Tower Structural Modifications W3/E1 Emergency Radio System Replace Ph3
RFB-206-26 KEWS Tower Structural Modifications W3/E1 Emergency Radio System Replace Ph3
Estimate:
$140,000.00
Estimated Length of Project:
Various (Substantial Completion) + 30 (Final Completion)
This project involves the installation of tower structural modifications at selected locations across the Commonwealth. Refer to the construction drawings for site-specific modifications including additional bracing of tower members, member replacements, guy wire replacements and tensioning, and removal of existing abandoned antenna mounts.
RFB-209-26 Re-Ad of RFB-03-26 KSP-KEWS Tower Electrical Upgrades – E2
RFB-209-26 Re-Ad of RFB-03-26 KSP-KEWS Tower Electrical Upgrades – E2
Estimate:
$931,606.00
Estimated Length of Project:
(Substantial Completion) + 30 (Final Completion)
This project involves site preparation and restoration, shelter replacement, and equipment relocation at selected locations across the Commonwealth. At most sites, existing fiberglass shelters will be replaced with new concrete pre-cast Fibrebond shelters and all equipment moved from the old to the new shelter. Refer to the construction drawings for site-specific upgrades and modifications including site expansion, new generators, new propane tanks, and relocation of existing site components.
Madison County Board of Education – White Hall Elementary School HVAC Renovation
Madison County Board of Education – White Hall Elementary School HVAC Renovation
The Madison County Board of Education project consists of HVAC Renovations.
The sites are located at:
White Hall Elementary School, 2166 Lexington Rd., Richmond, KY 40475
Estill County Water District – Winston Tank Rehabilitation
Estill County Water District – Winston Tank Rehabilitation
The project entails the rehabilitation of the Winston Water Tank. Proper tool cleaning, priming,
and over-coating of the exterior and interior tank structure are recommended. All major and/or
minor renovations and repairs of the tank will be addressed during the rehabilitation process as
well.
Said proposals will be for the construction of a public park including pickleball and fitness courts with
picnic shelter/ restroom facility in addition to grading, sidewalks, fencing, retaining walls, and parking
areas. The picnic shelter will be covered on three sides. The restroom facility will be constructed of CMU
bearing walls and wood roof structure. The building is not anticipated to be sprinklered. Neither the
picnic shelter nor restroom is intended to be regularly occupied
Louisville Water Company is requesting Bids for of the supply and installation 1130+/- linear feet of (six) 6″ PC350 Ductile Iron Water Main using traditional trench installation techniques. Also included with the project is the supply and transfer, renewal, relocation, or discontinuation of 48 customer services. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. The contractor shall supply and install all materials required for the completion of this project.
Questions or inquiries relating to this project must be submitted through the Louisville Water Company web-based portal by the date and time indicated for this bid.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $500,001 – $1,000,000/Bonds & Prevailing Wage Required. If the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: a Bid Bond is required. For this Contract, a Bid Bond is required.
Bids will only be accepted from Bidders who are Louisville Water Small Business Equity (SBE) Program Participants and have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in 4” – 16” Ductile Iron Water Mains and 1” & Smaller Water Services. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
The Company will award the Contract to the Bidder presenting a Bid that is responsive to the Specifications, is in substantial compliance with the Contract requirements, and presents the lowest and best price for performing the Work making up the base bid and or Bid that Company determines is in the Company’s best interest, which may not necessarily be the least expensive
Bid.
Louisville Water SBE Program Participant and pre-qualified Minority/Women Business Enterprises will be afforded full opportunity to submit Bids, and no Bidder will be discriminated against on the grounds of race, color, religion, sex, sexual orientation, gender identity, age (over 40), national origin, protected veteran status, or physical or mental disability which, with or without reasonable accommodation, does not prevent the performance of essential job functions.
Bid Documents except the Bid Table may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com. The Bid Table is available in Microsoft Excel via download from the designated portal on Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal/.
The Housing Authority of Middlesboro – Capital Fund Project KY36P-501-19-24 – 2024 HVAC & Electrical
The Housing Authority of Middlesboro – Capital Fund Project KY36P-501-19-24 – 2024 HVAC & Electrical
The work to be performed consists of:
a. Electrical Upgrades (Meter center and electric panel replacement)
b. HVAC Upgrades
c. Replacement of Gutters/Downspouts
d. Concrete flatwork
Parksville Water District – 2021 System Improvements – 4337.00 Contract 1
Parksville Water District – 2021 System Improvements – 4337.00 Contract 1
The Project includes the following Work:
Water Line Construction at 5 Locations throughout Parksville Water District territory – 3”, 4”, and 6”
PVC Water Main, HDPE Creek Crossings, road bores, a master meter vault, valves, and other necessary
items as shown on the Drawings and Specifications.
Jefferson County Public Schools – Field Elementary School Gymnasium Ceiling Replacement
Jefferson County Public Schools – Field Elementary School Gymnasium Ceiling Replacement
The primary scope of work for this project is to demolish the existing gymnasium
plaster and replace it with a suspended lay-in ceiling. Gymnasium light fixtures
and speakers will be replaced. Sprinkler system will be modified to accommodate
the new suspended ceiling.
The work includes plaster ceiling system removal with lead paint.
The work will be constructed under a single prime contract.
Drainage Improvements including gutters, downspouts, and boots. Provide grading improvements to the side yard. Areaway infill and new sump pump for the basement. New exterior metal wall panels, soffit repairs or replacements, new steel stairs for the electrical room. Replace deteriorating exterior light fixtures and address louver conditions and laundry room dryer vents.
This invitation is for the repair/replacement of concrete in Powell Plaza as specified in the following bid at Eastern
Kentucky University’s Richmond, KY Campus. The work includes furnishing all labor, materials, equipment and services
necessary to complete the project outlined in the event and attachments including all items indicated throughout the event.
Work will begin immediately following an official Award of Contract and Purchase Order from Eastern Kentucky
University. A point of contact for EKU Project Management will be provided to the awarded vendor at time of award
This invitation is for the upgrade of the elevator in the Perkins Building Elevators as specified in the following bid at
Eastern Kentucky University’s Richmond, KY Campus. The work includes furnishing all labor, materials, equipment and
services necessary to complete the project outlined in the event and attachments including all items indicated throughout
the event.
Graves County Schools – Graves County High School Athletic Facility Renovations
Graves County Schools – Graves County High School Athletic Facility Renovations
The work includes the various renovations and construction of new buildings for the Graves County High
School Athletic Facilities. Renovations include the regrading of the existing football field with new
irrigation, drainage, concrete curb, grass sod, synthetic turf at team bench areas, and new athletic
equipment. The existing asphalt running track will be resurfaced with a mill and overlay of new asphalt
and a rubber running surface. The “D” Zones of the football field will receive new asphalt pavement and
rubber surface for new track events. New and relocated track events will be built outside the running
track. New fencing and concrete sidewalks around the track will be installed. Two new buildings will be
built. A new football concession stand building will be built on the West end of the Stadium. A new
Softball restroom & locker room building is to be built on the South side of the Softball field. New site
utilities including storm, sanitary, water & electric will be included at both new buildings.
City of Taylorsville – Contract 30 – Asbestos Cement Waterline Replacement for City Water tank and Houston Court and Cast Iron Waterline Replacement on Taylorsville Road and Levee Crossing
City of Taylorsville – Contract 30 – Asbestos Cement Waterline Replacement for City Water tank and Houston Court and Cast Iron Waterline Replacement on Taylorsville Road and Levee Crossing
The project includes but is not limited to the following:
Contract 30-Asbestos Cement Waterline Replacement for City Water Tank and Houston Court and Cast Iron Waterline Replacement on Taylorsville Road and Levee Crossing
a) 4,300 LF 6″ C900, DR14 PVC Waterline Replacement
b) 220 LF 10″ HOPE Horizontal Directional Drilling Stream Crossing (Labor Only)
c) 106 LF 10″ HOPE Levee Crossing (Open Cut) (Labor Only)
d) 244 LF 10″ HOPE General Open Cut (Labor Only)
e) 3,200 LF l” CL 200 HOPE Service Line
f) 12 EA 10″/6″ Gate Valves
g) 6 EA Fire Hydrants
h) 30 EA Reconnect Existing Meters
i) 8 EA 8″/6″ PVC/HOPE Tie-Ins
j) EA PRV Vault
City of Jackson – Highland Ave. Housing Development
City of Jackson – Highland Ave. Housing Development
Work is generally to include: Demolition of existing structures and utilities. Excavation
and transporting approximately 5,800 bank cubic yards. Installation of 370 LF of water
lines and other appurtenances, 285 LF of sanitary sewer lines, approximately 850 LF of
various size storm sewer lines, electrical and fiber conduit, sidewalk, curb and gutter, road
construction including asphalt surface.
At Jenny Wiley State Park Campground- Site renovation includes site clearing and erosion control, earthwork related to adding new pull-thru campsites and expanding existing campsites, asphalt milling and resurfacing, new asphalt pavement, new water line distribution throughout the campground with new campsite hydrants, replacement of the existing campground sanitary dump station and site restoration.
At Yatesville Lake State Park Campground- Site work includes installation of new isolation valves to the existing campground waterlines. New plumbing fixtures are to be included in the existing Bath House.
MSD Water Quality Monitoring Site Safety Upgrades Round 3
MSD Water Quality Monitoring Site Safety Upgrades Round 3
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of MSD Water Quality Monitoring Site Safety Upgrades Round 3, Contract No. 26-0305, Budget ID No. A26054, Drawing Record No. / Sheet No. , until 10:00 a.m., Local Time, March 5, 2026, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 772 817
68#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: Installation of guardrails, stairways, platforms, and associated safety elements at four (4) different MSD stream monitoring sites. Improvements are designed to meet OSHA requirements for safe working spaces. Drawings are provided for improvements at each location, and applicable OSHA standards are listed. All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $116,000.00 and $137,000.00.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Trent Winlock. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Bath County Schools – Bath County Middle School Renovations
Bath County Schools – Bath County Middle School Renovations
The project will consist of building wide renovation of original 1939 structure and the
1970 kitchen / cafeteria addition at the Bath County Middle School (335 W Main St, Owingsville, KY) and
as also described in the project plans and specifications. Improvements will include abatement, new fire
suppression and new fire alarm, new HVAC systems, electrical upgrades, LED lighting, and roof
replacement. Other improvements include selective plumbing upgrades and selective door and hardware
upgrades, and selective window replacement. Exterior site improvements will include paving replacement
and waterproofing. Alternate bids will also be accepted as described in the bidding documents and
section 01800 Alternates. The detailed language specific to each bid package is located in section 01900
of the project manual.
The project includes installation of a new PVC roofing system as an overlay over the existing SBS roofing on a sloped metal deck, replacement of select moisture-damaged insulation, all new metal flashing, and miscellaneous other minor upgrades to improve overall weathertightness, including treatment of rooftop mechanical penetrations.